Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Occupational Health Services for OH Physician Resource, OH4OH Services and Specialist Service Referrals

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04db4b
Published by:
Network Rail Infrastructure Ltd
Authority ID:
AA73642
Publication date:
12 March 2025
Deadline date:
07 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Building on the Strategy of Control Period 6, Network Rail’s (NRs) Occupational Health (OH), Hygiene and Wellbeing vision, the commitment for Control Period 7 (CP7) is based on sustainable health.

NR recognise that people are the greatest asset and the key to achieving the vision of a better railway for a better Britain. NR value the diversity, skills, and contributions of employees and strive to provide a safe, healthy, and supportive work environment.

A key element of sustaining the workforce was the introduction of the NR Inhouse Occupational Health Service – the core service comprises OH technicians, OH advisers, clinical management, and governance, supported by an operational administration team. This service is delivered from twenty-two (22) of NR clinics.

NR are seeking to award additional services to support NR’s inhouse OH service.

The proposed lotting structure is as follows:

Lot 1: Occupational Health Physician Services, Occupational Health Service for the Occupational Health Services and Occupational Therapy Workplace Assessments & Neurodiversity Assessments.

Lot 2: Specialist Referrals

The purpose of this notice is to inform the Supply Chain that Network Rail intends to approach the market early March. The PQQ will be linked to the opportunity listing within BravoNR, once ready to publish.

Network Rail are not liable for any costs, fees, or expenses incurred by any party in replying to the tender event.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Network Rail Infrastructure Ltd

2904587

Waterloo General Offices

London

SE1 8SW

UK

Telephone: +44 1908781000

E-mail: Clare.Ward@networkrail.co.uk

NUTS: UK

Internet address(es)

Main address: www.networkrail.co.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.networkrail.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.networkrail.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Railway services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Occupational Health Services for OH Physician Resource, OH4OH Services and Specialist Service Referrals

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Building on the Strategy of Control Period 6, Network Rail’s (NRs) Occupational Health (OH), Hygiene and Wellbeing vision, the commitment for Control Period 7 (CP7) is based on sustainable health.

NR recognise that people are the greatest asset and the key to achieving the vision of a better railway for a better Britain. NR value the diversity, skills, and contributions of employees and strive to provide a safe, healthy, and supportive work environment.

A key element of sustaining the workforce was the introduction of the NR Inhouse Occupational Health Service – the core service comprises OH technicians, OH advisers, clinical management, and governance, supported by an operational administration team. This service is delivered from twenty-two (22) of NR clinics.

NR are seeking to award additional services to support NR’s inhouse OH service.

The proposed lotting structure is as follows:

Lot 1: Occupational Health Physician Services, Occupational Health Service for the Occupational Health Services and Occupational Therapy Workplace Assessments & Neurodiversity Assessments.

Lot 2: Specialist Referrals

The purpose of this notice is to inform the Supply Chain that Network Rail intends to approach the market early March. The PQQ will be linked to the opportunity listing within BravoNR, once ready to publish.

Network Rail are not liable for any costs, fees, or expenses incurred by any party in replying to the tender event.

II.1.5) Estimated total value

Value excluding VAT: 14 176 700.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

II.2) Description

Lot No: Lot 1

II.2.1) Title

Occupational Health Physician Services, Occupational Health Service for the Occupational Health Services and Occupational Therapy Workplace Assessments & Neurodiversity Assessments

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Occupational Health Physicians:

OHP Attendance Management referrals

OHP Preplacement referrals

OHP Escalations from safety critical medicals

Hand Arm Vibration Syndrome (HAVS) Tier 4

OHP Health Surveillance escalations (for example silica, welding fumes, noise)

Ill Health Retirement referrals (see section 4.1.1)

Driver and Vehicle Licensing Agency (DVLA) Group 2

Train Driver Medicals

Strategic project work - for example developing and improving medical standards (Excludes Clinical Governance responsibilities)

Case Conferences

Expert witness services

Occupational Health Services for the Occupational Health Service:

Pre-placement health assessment processed by the NR Shared Service team where fitness to work reports will be provided within 1 working day of assessment. For clinical staff there is an additional requirement to schedule a face-to-face vision test [colour and peripheral vision] as part of the pre-placement process.

Performance and attendance management referrals - where attendance triggers have been met, there is a concern over the impact of a disability or where guidance in relation to the impact of health on performance is required.

Ill Health Retirement referrals.

Occupational Therapy Workplace Assessment & Neurodiversity Assessments:

Provide occupational therapist resource either from an inhouse resource or a Supplier network.

To assess the suitability of work duties and to gain a better understanding of the nature of the Network Rail employee’s work, assessing the physical, psychosocial, cognitive and communication demands of the job.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 11 732 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 05/01/2026

End: 04/01/2029

This contract is subject to renewal: Yes

Description of renewals:

2 years + 2 years

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: Lot 2

II.2.1) Title

Specialist Referrals

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 2 – Specialist referrals

The requirement of specialist consultations, scans, assessments &and x-ray services to determine fitness to work either as part of the competence specific medical.

Chest X-ray programme for Respiratory Crystalline Silica

Including x-ray, radiologist reporting & management information

Not including employee selection and case management

MRI

Cardiology consultation (Initial appointment}

Cardiology consultation (review appointment)

Cardiologist echocardiogram

Cardiologist Exercise stress test

24-hour ECG Holter monitoring

ECG Interpretation (Train Driver medical only)

Neurology consultancy

Electroencephalogram

Psychological Assessment

Psychiatric Assessment

Any other specialist service required.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 444 700.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 05/01/2026

End: 04/01/2029

This contract is subject to renewal: Yes

Description of renewals:

2 years + 2 years

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 07/04/2025

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 17/06/2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Network Rail

Milton Keynes

MK91EN

UK

VI.4.2) Body responsible for mediation procedures

High Court

The Strand

London

WCA 2LL

UK

VI.5) Date of dispatch of this notice

04/02/2025

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Clare.Ward@networkrail.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.